Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2003 FBO #0431
MODIFICATION

13 -- Indefinite-Delivery/Indefinite-Quantiy Contract for various types of Ammunition.

Notice Date
2/4/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
CS-I-03-21883
 
Response Due
2/10/2003
 
Archive Date
2/25/2003
 
Point of Contact
Sharon Kilcrease, Contract Specialist, Phone 317-298-1180 x1213, Fax 317-298-1344,
 
E-Mail Address
sharon.m.kilcrease@customs.treas.gov
 
Description
Proposed procurement is for Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the U.S. Customs Service. This is a combined solicitation/synopsis for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This action is an unrestricted procurement. The Standard Industrial Classification (SIC) is 3482; the size standard is 1,000 employees. The U.S. Customs intends to issue Indefinite Deliver/Indefinite Quantity (IDIQ) contracts for a three-year period for the following types of ammunition. Item. (1). 9mm LUGER 124 Grain Jacketed Hollow-Point with bonded jacket. Item. (2). 9mm LUGER 124 Grain +P Jacketed Hollow-Point with bonded jacket. Item. (3). 9mm LUGER 115 Grain +P Jacketed Hollow-Point with bonded jacket. Item. (4). 9mm LUGER 124 Grain Metal Case Ball. Item. (5). 9mm LUGER 147 Grain Hollow-Point Jacketed Subsonic. Item. (6). 9mm LUGER 90-110 Grain Lead Free. Item. (7). 9mm LUGER 90-110 Grain Lead Free Frangible. Item. (8). 9mm LUGER --- Paint/Marking Training. Item. (9)..357 MAGNUM 110-125 Grain Jacketed Hollow-Point with bonded jacket. Item. (10)..38 SPECIAL 110-125 Grain Jacketed Hollow-Point with bonded jacket. Item. (11)..38 SPECIAL 90-110 Grain Lead Free. Item. (12)..38 SPECIAL 90-110 Grain Lead Free Frangible. Item. (13)..38 SPECIAL --- Paint/Marking Training. Item. (14)..223 REMINGTON 40-50 Grain Jacketed Hollow-Point / Soft Point. Item. (15)..223 REMINGTON 55-77 Grain Jacketed Hollow-Point / Soft Point. Item. (16)..223 REMINGTON 45-60 Grain Lead Free. Item. (17)..223 REMINGTON 45-60 Grain Lead Free Frangible. Item. (18)..223 REMINGTON 55 Grain Metal Case Ball. Item. (19). 12 GAUGE 00 BUCK 8 Pellet Reduced Recoil. Item. (20). 12 GAUGE 7/8-1 1/8 Ounce Slug Reduced Recoil. Item. (21). 12 GAUGE 7/8-1 1/8 Ounce Slug Lead Free Frangible. Item. (22). 12 GAUGE 00 Buck 8-11 Pellet Lead Free Frangible. Delivery orders will be issued. Multiple awards are anticipated. The amount per delivery order will vary. The minimum quantity is $2,000.00 each. The maximum amount shall be $7,500,000.00. The Government may choose to test any proposed ammunition. An initial sample testing lot of 2,000 will be provided of each type of ammunition at the vendors expense, if directed by the Contracting Officer. All samples submitted shall conform to all dimensional specifications and performance standards recommended by the Sporting Arms and Ammunition Manufacturers Institute (SAAMI). However, the U.S. Customs Service reserves the right to require more stringent specifications than those set forth by the SAAMI to meet specific needs of the U.S. Customs Service and Homeline Security. Delivery shall be within forty-five (45) days after receipt of a delivery order with partial deliveries initiated as soon as possible. Testing will be in accordance with SAAMI specified testing procedures and the FBI test protocol. Delivery and acceptance shall be FOB destination (all freight included in delivered price). The following FAR provisions are applicable to this procurement; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212.3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Offerors must include a signed copy of the Representations and Certifications with their offers. Copies of the Representations and Certifications are available online at http://www.treas.gov/usss/proc (go to the Web page, click button for "Procurement Opportunities", then scroll down to clause for 52.212-5). The Contracting Officer will not accept telephone call requests for copies of the FAR provisions. The Government intends to award a firm-fixed-price contract to the responsible offeror whose proposal, conforming to the specification, will be the most price advantageous to the Government. All responsible sources may submit an offer, which will be considered. POC for technical specification is Sharon Kilcrease. Proposals will be accepted via fax on (317) 298-1344, by 3:00 p.m. Eastern Standard Time on February 10, 2003. This is a modification add the following clarification: 1. All lead free and lead free frangible ammunition will be tested using the guide lines set forth in the Federal Law Enforcement Training Center specification NO.1 for Non-Toxic Frangible Ammunition dated January 4, 2000 and specification NO. 2 for Non-Toxic Training Ammunition dated January 4, 2000. The ammunition submitted will be subjected to a 100 round function test for each caliber listed. There shall be no more than two malfunctions per firearm tested attributed to ammunition. An initial sample testing lot of 100 rounds per caliber will be provided with the proposal at the vendor's expense 2. All Paint/Marking ammunition shall function in the Simunition type adapters for the firearms listed. The ammunition submitted will be subjected to a 100 round function test for each of the firearms listed. There shall be no more than two malfunctions per gun tested attributed to ammunition allowed. An initial sample testing lot of 100 rounds per gun tested will be provided with the proposal at the vendor's expense. Where applicable testing procedure shall be in accordance with SAAMI, FBI test protocol, FLETC testing procedure for non-toxic frangible and non-toxic training ammunition. The accuracy and reliability of the ammunition is paramount to the survival of Customs Law Enforcement Officer and others. Customs shall be procuring only virgin brass; all ammunition components shall be new. Customs shall not procure reloaded ammunition.
 
Place of Performance
Address: Indianapolis, IN. 46278
Country: USA
 
Record
SN00253042-W 20030206/030204213708 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.